Solicitation Details - MCC 7360 RPQ I190270
Back To Search SolicitationsTitle:
REG Building - Cooling Tower Chiller and Exhaust fans Replacement
Opening Date:
9/10/2024 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
The scope of work consists of, but is not limited to, furnishing all supervision, labor, material, services, equipment, permits, and testing necessary to successfully perform work required for demolition/new construction as indicated and described on the approved plans (City of Miami, Process No. BD23-019655-001) and specifications as noted on the approved plans. Bid price is to include purchasing, removal and replacement of the specified materials as described below and identified in the construction documents, and all related permit fees and permitting expenses related therewith. Contractors must obtain and submit all permits prior to performing any work.
Prospective bidder shall carefully examine the site of the work and be satisfied as to all observable conditions. The bidder shall be responsible for measuring, calculating, and performing adequate field verification takeoffs for the scope of work. The bid price is to include the removal and proper disposal of all work-related debris. The scope includes but is not limited to the following:
1. The removal and replacement of (2) existing cooling towers, (3) existing water-cooled chillers, (4) existing chilled water pumps, (3) existing condenser water pumps, (12) existing roof fans, (4) existing garage wall exhaust fans and all necessary electrical and structural upgrades to support the replacement.
2. The removal of all necessary chilled water piping, valves, appurtenances, etc. in the mechanical room and roof to facilitate the removal and replacement of the chilled water plant.
3. Furnish and installation of three new 400-ton high-efficiency, water-cooled centrifugal magnetic chillers, installation will include all electrical fittings, valves (including control valves), control fittings and sensors and piping associated.
4. Furnish and install (2) 600-ton induced-draft, counterflow cooling towers on the existing rooftop structural frame.
5. Furnish and install four (4) chilled water pumps and three (3) condenser water pumps, the pumps shall have Variable Frequency Drives to maintain the current variable primary chilled water distribution concept.
6. Furnish and install twelve (12) roof-mounted exhaust fans and (4) garage level ventilation fans. The new ventilation equipment will be controlled and monitored by the new Direct Digital Control (DDC) system and integrated into the existing Siemens Building Automation System. Garage ventilation fans will be provided with a new control system to allow the fans to be modulated based upon detection of contaminants.
7. The project includes a new control system for all the new equipment with integration into the existing county automation system.
8. The existing electrical systems will be modified as needed to support the phased installation of the new chillers, cooling towers, pumps, and exhaust fans as part of this project. New Variable Frequency Drives will be included and will be fed from the existing motor control centers with new conductors. Existing conduits will be reused and extended when applicable. No changes to the existing emergency distribution panel, generator, or any other electrical systems are planned.
9. The structural support system on the roof (for the cooling tower and the fans) will be modified to replace in kind of components and spot- repairs of structural members. All work will be performed above the roof deck and no additional structural upgrades are necessary to support the replacement of the cooling towers.
10. The contractor is responsible to retain a temporary chiller unit (500 tons air cooled chiller) and have it ready to provide temporary cooling service to the building during the construction time (if any of the existing units fail due to construction activities). The bid price should include the temporary chiller rental price per month for at least three months period. If the temporary cooling equipment is not needed, the cost will be credited to the project budget.
The contractor shall submit a phasing plan to the owner/engineer for review and approval prior to commencing any work.
At the close of the project, submit all documentation, warranty, equipment specifications, etc.
This project falls under the jurisdiction of the City of Miami Building Department. The permit dry run approved plans process number with the City of Miami Building Department is BD23-019655-001.
Restrictions/Requirements:
a) The contractor is responsible for providing a Schedule of Values as part of the bid.
b) Contractor must provide a project schedule in a Microsoft Project format and provide live copies of updates to the schedule every month.
c) The contactor will be responsible for installing and maintain proper critical barriers. Contractors shall provide 24 hours’ notice to building management prior to setting up or relocating barriers so any cars can be moved, and tenants notified. Work should be completed in stages to ensure that areas of work are always clean and safe, as this is an occupied structure.
d) The contractor shall perform all construction work related activity within designated off limit/staging areas designated but the Building Manager.
e) The facility is open 24/7 and the gates are open from 6 A.M. until 6 P.M. Monday through Friday except weekends and holidays. All work activities generating dust and noise shall be schedule to happens after hours and/or during the weekends.
f) All personnel must wear company uniforms when on-site.
g) All personnel will be responsible for providing a clean background check. The contractor will be responsible for conducting their own background checks at their own expense, to be provided to Miami-Dade County.
h) Access into the facility is restricted therefore the contractor should coordinate with the Building Manager the bathroom access for staff working on site.
i) Care should be taken to protect the walls and windows of the facility. Any damage caused by the Contractor should be restored to like conditions or better.
j) Deliveries should be made during normal business hours.
k) The mechanical Contractor shall work collaboratively with the company that have installed the new roofs on the R.E.G. Building, and their roofing material manufacturers, to ensure that the roof top equipment installations do not void any roof warranties. All roof penetrations shall consist of materials and methods compatible with the existing or new roof assembly. Roof penetrations shall comply with roofing industry standards and the roof manufacturer’s specifications and requirements.
l) Roof penetrations from mounting systems, conduit, piping, and similar shall be minimized and mechanical contractor shall ensure that any necessary penetrations do not lead to issues such as water intrusion.
m) This work will involve Crane service during demolition and installation activities. Therefore, the mechanical contractor will be responsible for coordinating with the crane company / City of Miami for obtaining the MOT permits from City of Miami Public Works Department.
n) Please note typical MOT processing time is approximately 3-4 months, thus mechanical contractor must plan ahead, to avoid any delays.
The project is located at 1351 NW 12 ST Miami, FL 33125.
The estimated construction cost is $4,371,161.15. This estimate includes $125,487.88 estimated permit fees. The Bid shall consist of the Base Bid amount (Lump Sum) inclusive of all permit fees, excluding Contingency.
NOTE: There are no Dedicated Allowances on this Project. There is a 10% Contingency on this Project.
Technical Certification:
General Mechanical Master
Commodities
Code | Description |
---|---|
92567 | MECHANICAL SERVICES |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_I190270.pdf |
Addendum | I190270_AddendumNo1_w_Attachment.pdf |
Addendum | I190270_AddendumNo2.pdf |
Addendum | I190270_AddendumNo3_w_Attachments.pdf |